Loading...
HomeMy WebLinkAboutContract 55135-FP1 FORT WORTH, "10 TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION City Secretary No:_55135 -FP1 Date Received: Apr5,2022 City Project Ne: 102881 Regarding contract 55135 for 2021 FOSSIL CREEK BOULEVARD CONCRETE RESTORATION PROJECT as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 12/15/2020 through M&C 20-0943 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $3,303,014.12 Amount of Approved Change Orders: $ 376,008.80 No. 1,2,3 Revised Contract Amount: $3,679,022.92 Total Cost Work Completed: $3,507,780.28 Less Deductions: Liquidated Damages: 0 Days @$650.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $3,507,780.28 Less Previous Payments: $3,332,391.27 Final Payment Due $175,389.01 z���tD 022 08 32 CDT) Apr 1,2022 Recommended for Acceptance Date Asst. Director, TPW - Capital Delivery Wi(Apr 4,2022 07:1 DT) Apr 4,2022 Accepted Date Director, TRANSPORTATION AND PUBLIC WORE<S DEPARTMENT Client Department Dana Dana Bur4,20�514CDT) Apr 4,2022 Asst. City Manager Date OFFICIAL RECORD Comments: CITY SECRETARY FT.WORTH, TX C-620 Signature Page Contractor's ApplHicaltion for Payment Invoice No. FINAL To(Owner) City of Fort Worth Invoicing Period(From-Tc): Invoice Date: March 1 thm March 17.1-022 3/IM022 P•0. FW020-004895 From(Contractor): Remit to(IfNot Automatic Deposit): Number. McMahon Contracting LP Project 102881 Contractors CFW vendor No.: 0000011434 James Proulx or Shelley Peterson City Secretary Combed 55135 ce"ba"2021 Fossil Creek Boulevard Concrete Restoration Number. Name: Application For Payment Change Order Summary Approved Change Orders 1.ORIGINAL CONTRACT PRICE......................................................... S S3,303,014.12 Number Additions Deletions 2.Net change by Change Orders................................................................ S S376,008.80 1 $1,604,502.50 $1,521,501.10 3,Current Contract Price(Line I f 2)........................................................S S3,679,022.92 2 $1,333,827.40 $1,040,820.00 4.TOTAL COMPLETED AND STORED TO DATE 3 (Progress Estimate,Construction Allowance and Change Orders)....... S S3,507,780.28 4 5.RETAINAGE: 5 a.5.0% X Work Completed..........S 6 b. X Not Used S 7 c.Total Retainage(Line Sa+Line 5b)...............................S 8 6.AMOUNT ELIGIBLE TO DATE(Ltne 4-Line5c)............................. S S3,507,780.28 TOTALS $2,938,329.90 $2,562,321.10 7.LESS PREVIOUS PAYMENTS(Line 6 from prior Application).......-S S3,332,391.27 NET CHANGE BY S376,008.80 8.AMOUNT DUE THIS APPLICATION................................................. S $175,389.01 CHANGE ORDERS 19.BALANCE TO FINISH,PLUS RETAINAGE (Column G on Progress Estimate+CA+Cos+Line 5 above).............. S S171,242.64 Contractor's Certification 10.CONTRACT TIME: The Contractor certifies with the submittal ofthis document and associated Payment Request Submittal a. Days Awarded 230 on die City of Fort Worth Buaasaw system that to the best of Weir lahowledge:(1)all previous progress b, Days Added by CO 65 payments received from Owner on account of Work done under the Contract have been applied on Total Days 295 account to discharge Contractors legitimate obligations incurred in connection with Work covered by c prior Applications for Payment;(2)tide of all Work,materials and equipment incorporated in said Work orotherwise listed in or covered by this Application forPayment will pass to Owner at time ofpayment d Days Charged vq$ free and clear of all Liens,security interests and encumbrances(except such as are covered by a Bond acceptable to Owner indemnifying Comer against any such Liens,security interest or encumbrances); e, Days Remaining and(3)all Work covered by this Application for Payment is in accordance with die Contract Documents and is not defective. Liquidated Damages S 650 x day 2�Zell J es Proulx(Mar31,202210:36 C ) This document has been modified from its original form as an EJCDC document and the userdid not highlightthe modifications.You are encouraged to read the document carefully and consult Legal Counsel prior to its execution. I I `• I I I I ' I ' � ! ! i i l l I I I i l l . I,I_I,,,l_I_,I,,� (+ 13n 3 �j 'lit d V- aC)t330`'m *4Itw(w:a a 'l I ,�Q� IIII III1114�q� 11I "� IJ i (N ibV3',.1 I VI j!J:V f JJ ! s � � Qesgg $ ss 'a 1s I i I I I In AI z,Era1q 7 R ayR�n ipn'Si �� 3�i8 s.4c Ul d �$'P '�7 { III I l I I 1 I " I i i l l it Ili I ' I I __ 1 7 � I at I tt-06. _ a e u u u Li 6 lie a 66 t!u L bo:d:,W c u V: sWGu M. W"m �1Wlml l i i l ' I lmlml�1I1�1I1�I�nI(/� i I I in InIq�I(/�IgI(/�I WI$I�n "i 1 i I i I i i i I 1 I ! I 1 I I I I i I i i I I I ( I i IDIA ID IT INil ID IT IDIIr11Sllrill�ll4il �I 1rlrillylylylyly lDlK!!�lil 1 IIKIC' CIK IK K,KIT Ii21D ' ' I ' iII � II � l I ? IIII { il III ( , � IIIIII ill III Lill ! l IJ g .'fig j IN !,a� .s�sass�_ s >s�v�� s Z. �� . I � ! 111 ► 1 11111111 I I I � I � �������: �� �� �� �� � �� g �o �g � ; III ! ► , I I � ! I � � II ' ' �i ' ' I I ' ' �� ;� F� � � �x I 'E�Iznlp���� It's R I EN $ 8 .8I'EM'211 S:8o03'8o8&"d'>�5�."d �� ' E ! ' Ij � lI lI � , ! � l I i � i ' I,l �ll I I ' I l ' i � � l ' il"j ' ► 1r I l"'�I i� �a. I s�ota.� s ?� ': a $? Sos ,��: a � s oR 111 ( ! i t I I i i o�99 $g9g$s$s8:$-$g9ggg�g9�o�g 9s$o $o II � ' i : I � ' ' II I � j , I ICI Ili I I Ij ' III II Ii I ! I i 11 I 17iII 1 I II I ' I I tli i"O�G 0 3Y3 � tl11 I u e $8 I lil ( I II I . Ii I I it : Iliilll i ( ! it ' ll i1I 11I ' II i III ; I I ! ' 11111 i I ( I ' Ilr 1 � ' I! I I� �o i 4i1 III , ii ii I i IIII i iililltr I ' X i ; 1 jj ! IIII � I 1jJ2 1 1 1 I Ala G�J13 Ulm I o o o ssss 1$.1 s.s9e99HU 0 o $s ] a I I , 11 � I it I II � ) � i I II , ; . I i li � l � l i Ili i � i i ` s •� y � , ij i ' I � I' i I I i ; � ; � , i ' II ' � i � II ► � N t I ; i I , ► i ! I ; I , � II ( ► � I � lilli � I � , � � � I � � ; f � � � � ! i 6 il ( i I ) � � , I ► � i i � a s ! ! i 1 !► I i j Lil l H 1 i Illci ' j f I i 7 �+ o III ill il , lllliflliiilfi , i � � ll � ► I � f II � Iflilliiillflll�, 11 ►H I �� j � I 1I ! � i I � I 1 1 I I i � l i Iti ► ' i I I � , i i ) e ! ' �� i i ► E ( ' ' � l ' ! i � � I I I � i i � I i I � � ► il i i ! I I I ' I i 1 1 l i I I { i i Illl . lii li fllill ! ► I ( I j ► I ' ( i i i j i ! i ! I ; f i i I ' i l I I i i i1 I ijl � I � li � ► ' ' � � I ' I � j ! ' � � I I j ' I ; II II I l fi � i ! I I ii l I ( I I11f I I � i I ► II � I i � � � I , I � I . � � i ; �� � e. I c i i I ( i ( i 1 ► i I I I ! I � � ( i I j � i I I � � a� m! ' I I I I j f ! i � ! ( � ( j � I I � I ► � I � I I ' I f , � I � ' � III I I age l 1 I I I I I I I I ► I I I I f II ( I I I I 1 I I I l i IiI I F m o � , II • I Ilii ► i � i � (( II � � � � Ij ! ' i ! il Ij i lili � ll ' M1 I � ' I ' j { i ' ' t II I 111 ! ( llli I � f iI ! � I � ! il li i i I � C I i 1 ! j � ! ! , I I Ili I � � i if ( I � l ! II ! I ' ! I I I i I II ' ll ' I ! � III ! I i � iliij � } , � It � i { i I . I I ! ! ii ! ! i , � i � + � ' ! Ilii l � l ! I o� 1 i t � Ilii ! I I i � I i ' I ' ! � I Ii ) i I t I i i '; g� I Ili ! ill ! illl ! ► � 1 j li � ill ill I ! li Ili ! i1 I ! ( i ii II IIII � I i ' ' i ji , l Ii i ! I i ! ; � I �II ! ( 1 I ; I � iIl ! I ( ( ! i s i ( 111 I � I � i li li ( ! i I ; II i � l I ! I I li II I I i �� 98. �� � I ! it l ; li � ' I, ' ! II � li ► � lid �y I � i , , ; ' I I : ' j ; . I il ' i • I ` � t 1 � ! i i 1 { 1 . . 1 � 1 �;3 IL �.� � ' li ' ` I3 111 i � f II il ' ! ili I I Il i II jI it ! l � i ! i l � l I ! Ills lslll ( ll � � lil � l , l ! III I ; l ► ! I a ' I ii ! Ijl I li � � II I II � I II ! II ! { I { ; i � fl ! ! jI ; � g II ! I � � � i ' � ! I ! Ili � ' Illli ! il I li � lllf ilii �� d n II ! � jlli � i I � ! it � li � ! I , I , � ' ��� o g i ( � � ! III If ! I �� I ! Ili { i � l ! il ! � ill , lifi$ � � IIII ' illlllllll �; i � , i ! fl { � I ! ; Ilil ' lilllll ; I I ' i , ll��� a � 'Ej i t I I ( I ( I � ► I I I � I � � � a 8 0 yPZ fa 00 22 "s y� � 4 n s Oro ' � ro OL a �.� I ,� � I I I I I I ' I I � ► I l I I�'o kiL", N I � 9� ► ! I I ! � I Ie ;30 em a m eR ` I I I ► 11 i I j I I Io fS �� n i �� ! j I l l I I I � � I I � I � it I I ► I l i II � � � s's is �.�- , i ` ' ► I i � ; I ! o� O V~Wi �� lil � i > > � � il ►. II illl I ? � ! l ( Ii ► s � Ilil � If � I � ! � I ! I � ? � iliI ► � 11 il � it ili ! Il :osl z I I I I I I I � I � I t I I � ► � f l i I i � � i ( i l l � � � I I 3� v � i i I III ! lii u ! I y �� L iv { I i fII 18► li ' 111 � III � II I , I III � � � IIIII ► l ��i� �a Wax N � I � i � 1 i IIi I H i t 1 i a� I i o�a I �� !I! �� I �: I � a• � � e � �� � I �� u a� � � i �� � ! �9 ; a P� , �. i � i —A � �.y i �e � II �� G l A�: �� I °: C i Ei ( � � � ! i i i j ! ` ! ! � 5 � � � � o I r y W � Orel I gg !I o ag'a. a I I � I � � I ; III � ( I II III ► , III ► I iWl + l ��i z I I olaUa a cn I y { I6 IS gi8lo+o n? III I!:3 N ?oIN ahoa�o O O I I I I ( I I I 1 { i010(Oi0i010 i I ' ( 0 � ► lip I l i z 3� Ill I ; 11 � I � Ii1 111 I iIl III I il � i I I III a � dy I I o III . ) Illill � I ► � li � � -� I111 NIII , ► 11411 I III III ► IIIIIII ! ! Ililllll � � � a i o w !oil I ► � � s i I i I i f I I t I � I I i t I I � f ! I I I ► � �.a. � a I � lllll � lllllll 11 � IIIINI ; f � llllll ► llIIIIIII Q� � �� z IIIIIIIIiill � lllilllll � li � llllilll ' ll , l���l�l�l�l�'� �? s I I I . � I 1 1 I I � � ( I I � I I I !�i$!�I (�I ►� � N N � i I � I ► ' � I i ��!yl INI ! �� I III ! II III I � Illilll IIIII � IIIIIIIIIiN�$����g��►# , �• I I i � I j I � I I � � I»I �Hi�, g� � �� } r Ls L•7 is o e � 1 ly ► i ' ' ' ° I I y � � I � i ( ig88SoS�:o L`& � N I IIi { bt b!.�o��a n Q a e l I I { I 1 I tu os R. �n � Il ! III ; : , ( i ► ', , Il � � � il, , ► i lil If1 �:g �� IIII � H 1hllllllllll I I I � � I � i I � � ' .l i � I { i i I � I I ( �•� m � 8 t 1 I � � ► � � � I 9 ' i ! It . I ' Ililil � ? jl . II If1 � ► ! I I � ► , �� R � � � ; I � � �( ' ► III � ao 0 I ti �oheioole ► I j i k( � I m w 0 o � I I I i I I 1 a i I l i ; ► I I I � � . CD � I I j � I 1 I ► ► � co 4 Ili � ll � il � Ilj ! 1111IIIIji � ! Illljl . 11l � 1 tv I 51. go ► I I i j I I � , � i � � � j � �� x y a � kl . ► � II � I ! III f11il � I � II � IlIIiII � � ► � , III ���� � Il i � i � ; � Ilj I ! ► y �$ � ► Nli ! 1 ► till ! ! ! II , II � ► ! ! III II ! � ! 1 ► ! as �� P � � I I I I ► �� _� �a I � I � j ► ► ! I j � � tl ��, 1li i � ► f t I � ( � ! it { ( V ! I ! ll ' Ill ' IIIII ! ! II ! Il ! ! ! 1 ! II ! ! II ! � ! 111111 ' i i ; ( � � ► II I i � ! II gym ° � I � I III 1 1 II III , ( M o � � II ( jfI IIiII ' II t n ~H a 0 O O o 0 0 0 0 0 0 0 w0 0 0 0 0 0 0 0 o 0 o w O Cl o 0 0 0 0 0 0 CD 0 0 0 0 0 o C) 0 0 0 0 0 0 0 o En 0 0 0 W GAi W M A A A 0 0 oti c 0 0 0 C z o � � � oo b CO� CO 03 b f r. C) o� I o 0 ,-_t 0 w w w O O o wn. wa w :3 d cron 9, off,CO o" = �• CA io rri io o c°'i a Ul LO + r coo coo touj o U, I N I N r y o � t9 � a w m o s t w o o I „ G Q. c Efl M J W N co 7 's O O C Ch �- o N C'' p 00 1.0 b b b a � �� a• z 00 W r r J Z N O .ems N � N O O o 0 0 0 0 0 0 Cl GI 0 O o o o o O o o o w o 0 0 0 0 0 0 0 0 0 W 0 0 0 0 0 0 C] o I o 0 0 0 0 0 0 o n c� C w I A A O I O o .n O O O C O I O O o n j o n o n 9 z b wa 0d COa v our �• 33 w oa oa oa _-' 0 w I w0 <�O wo Wa i wo o� I o� Co ID M. cti c0 [h (O A I [O W M VI (OD (00 1 14. N O N O ^' n O p7 x "TI o -+ I d a w O I *t .r n r: (n c� n N 3 N Er 0 � w 3 � � j a o 1 I v j N O r CD 00 a b 0 z a V3 ri m d 00 W Y J Z N 0 rt N N 0 0 Cl 0 0 0 0 0 0 0 W I o o 0 0 o 0 0 o 0 o w O o o 0 0 0 0 0 0 o w 0 0 0 1 _ o o o n 0 0 0 0 o i o 0 0 o w w i w A Jp 0 0 0 .n tj 0 0 0 C 0 0 0 0 a Z N Nn N0 'c7 COw CO d CO CO n M(D fr7 m M(u =3 o• WO WO WO ID 1 �. (l UA o� (D (D 7 a ((DD ((DD IDT Ul �I CD i N O ' o 0 e O rt � � W (D ~ R. i � n -( o �y, N (D W w o zb N I 00 im bo w . z d 00 W 00 i z N N 1p CD / § � — \ ) 2 CD � ( k / § G0. ) ( \0 ¢ ( U — - > co k � & % ] � 2 \ � � a � a / ƒ { � O 0 ® GI 0 § { @ ~ -4 & \ \ / } \ $ 2 E \ / ƒ ) R � ® m . . / 0 6 .. . :. � m � « ] m $ w $ ± / / CD \ m d - ® \ \co N � m f _ \ \ CSC No.55135-COI FORTWORTH. City of Fort Worth J Change Order Request Project Namel Fossil Creek Boulevard Concrete Restoration Project City Sec# 1 55135 Client Project#(s)l 102881 Project The repair and reconstruction of failed concrete pavement on Fossil Creek Boulevard from North Freeway ramp to West of North Riverside Drive and east Description of North Riverside Drive to North Beach Street Contraclorl McMahon Contracting Change Order#1 1 Date 3/23/2021 City Project Mgr. Salman Shahid City Inspectorl Matthew Wilson Dept. TPW Contract Time Totals CD Original Contract Amount $3,303,014,12 3,303,014.12 230 Extras to Dale Credits to Dale Pending Change Orders(In M&C Process) Contract Cost to Dale —g $3,303,014.12 230 Amount of Proposed Change Order $83,001.40 30 Revised Contract Amount 86 015 52 '" 3,386,015.52 260 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO _` 3' '- 51- ,� tr Additional Funding(if necessary) N3,D01;.40W1 $83,001A0 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) ;? _$a($ 65 This change order is to add an additional$83,001.40 and 30 calendar days to the construction contract 55135 with revised contract amount of$3,386,015,52.Project has available funds required for this change order through General Capital Project fund and does not need additional funding. The Fossil Creek Boulevard Concrete Restoration Project initially included complete reconstruction of Fossil Creek Drive from 1-35 Service Road to North Riverside Drive and replacing approximately 70%of the concrete pavement from North Riverside Drive to Beach Street.During the onsite panel marking process,the city and contractor discussed the possibility of performing complete reconstruction.By performing full reconstruction for the entire length of the project,the remaining 30%of the project area will be replaced for a nominal cost by the economies of scale and the revised process.The cost for completing the remaining 30%of the project as a full reconstruction will cost approximately 3%of the overall project value.In addition to the initial cost savings which are substantial,other major benefits Include significantly improved rideablity,better drainage flow,improved pavement life,and the reduction of future expenses. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. McMahon Contracting Shanda Boggs Mar 30,2021 Mar 31 2021 ,,,r;;;,,,,,,,,,,,,,,,„«„ oao ai, Mar 31,2021 Mar 31,2021 „„?�/LSp1L Apr 1,2021 Apr 2,2021 A r 5,2021 M&C Number M&C Dale Approved 0� �bOF FORrad o op�d OFFICIAL RECORD MaryJ. Kayser �1.g 0 01 0. CITY SECRETARY City Secretary p�v o °_� 0 P�* - FT.WORTH,TX adll Nix a�po City of Fort Worth Change Order Additions Project Name Fossil Creek Boulevard Concrete Resloralion Project City Sec# 55135 ClienlProject# 102881 Coatractorl McMahon Contracting PM1 Salman Shahid Inspector Matlhe,,WOson Change Order Submittal F-1-1 Date r 312312021 ADDITIONS Una UnitCost o a emove concrete 5 7' oncrete Pavement TP 3, 7. avi Lime Slurry gty estimated 7 lbsper ) P eW Lime u ra a Manipulation TP 5. 5 TPW $1,604,502.50 Sub I olal Additions ` Change Order Additions Page 2 of 4 I FORTWORTH City of Fort Worth � -V-- Change Order Deletions Project Name Fossil Creek Boulevard Concrete Restoration Project I City sec# 55135 Client Project# 102881 Contract« McMahon Contra5Ung PM Salman Shahid Inspector Matthew Wilson Charge Order Submittal# Ot Dale 3123/2021 DELETIONS city Lion Unit Total Revise Rate o Remove concrete u Discount) T ncrete Pavement E 5 Flex Base,Type ,Grade TP 7. 7. Concrete [ (extra depth) P 15 75.5 o of eaant TPY F eogn ensar 7 or Approvedequal M TPW $1,521,501.10 ` jub totala ehons Change Order Deletions Page 3 of 4 M/SBE for this Change Order (�ISB Sub Type o-8- ice A o nt-for this C0 Total Previous Change Orders DATE COUNT F TotalRf r0 FORT WORTH City of Fort Worth ACCEPTANCE OF PREVIOUS MBE COMMITMENT FORM (for use with CHANGE ORDERS or AMENDMENTS greater than$50,000) To be Completed by City Project Manager Change Order(for Construction Contract) Project Name: City Project Number 102881 Fossil Creek Boulevard Concrete Restoration Project City Project Manager Contractor: Salman Shahid McMahon Contracting City's MBE Project Goal: 14 Original Amount of Contract: $3,303,014.12 Accepted MBE Commitment: 14 %'. Total of Previous Change Orders: Date of Last MBE Report: Amount for this Change Order: $83,001.40 Change Order#: 1 Revised Amount of Contract: $3,8M,015.52 Date: 3/23/2021 Language to be inserted in the M&C for this Contract McMahon Contracting agrees to maintain its initial MBE commitment of 14% that it made on the original contract and extend and maintain that same MBE commitment of 14% to this first change order. Therefore McMahon Contracting remains in compliance with the City's BIDE Ordinance and attests to its commitment by its signature on the Acceptance of Previous MBE Commitment form executed by an authorized representative of its company. To be Completed by the Representative of the Contractor Printed Signature Title Authorized Signature/Date Company Name Contact Name (if different) Address E-mail address City/State/Zip Phone number Fax Number as of MBE% Paid to Date Date City,Project Manager has reviewed the work associated with this Change Order, considers it the same or similar to work in the original Contract, and recommends that the Contractor have the option to retain and confirm its existing MBE commitment. City Manager :City Project Manager:Signature Date Attach Complete Change Order 6,00CMidt --and Forward to MIWBE office To be Completed by the M/WBE Compliance Staff I M/WBE Compliance Staff ID# MBE Current% Level via Last Report Rec'd M/WBE Signature Date CSC No.55135-CO2 FORT WORTH City of Fort Worth Change Order Request Project Namel Fossil Creek Boulevard Concrete Restoration Project City Sec# 1 55135 Client Project#(s)l 102881 Project Description The repair and reconstruction of failed concrete pavement on Fossil Creek Boulevard from North Freeway ramp to West of North Riverside Drive and east of North Riverside Drive to North Beach Street Contracto McMahon Contracting Change Order# 2 Date 5/2512021 City Project Mgr.1 Salman Shahid City Inspectorl Matthew Wilson Contract Time Dept. TPW Totals CD Original Contract Amount $3,303,014.12 $3,303,014.12 230 Extras to Date $83,001.40 $83,001.40 30 Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $3,386,015.52 $3,386,015.52 260 Amount of Proposed Change Order $293,007.40 $293,007.40 Revised Contract Amount $3,679,022.92 $3,679,022.92 260 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding(if necessary) $293,007.40 $293,007.40 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 11.3B% MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $4,128,767.65 JUSTIFICATION(REASONS)FOR CHANGE ORDER This change order is to add an additional$293,007.40 and 0 calendar days to the construction contract 55135 with a revised contract amount of$3,679,022.92.Project has available funds required for this change order through General Capital Project fund and does not need additional funding.An innovative use of fiber-reinforced concrete,at an additional cast of approximately$267,000 on the eastbound lanes of Fossil Creek,is being implemented to extend the life of the concrete pavement,reduce severe cracking,and prevent the proliferation of potholes.The remaining change order items are related to addressing traffic flow and maintenance concerns of the businesses, residents,and traveling public throughout the Fossil Creek corridor. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Contractor's Company Name Contractor(Nance) Contract Signature Date McMahon Contracting lames Proulx x„�„ Aug 16,2021 Inspector/Inspection Supervisor Date Project Manager/Program Manager Date 4G+!>Yery iv�snio Aug 16,2021 �' Aug6,2021 — � g Assistant Director(Dept) Date Director,Contracting Department Dept Date LP L Aug 16,2021 *WAJ11L Aug 17,2021 Assistant City Attorney Date Assistant City Manager Date Aug 23,2021 Aug 24,2021 Council Action(if required) �,o�ovnn� M&C Number 21-0523 �pF frORr Ba M&C Date Approved 8/3/2021 ICY o°°°°°°°°,°°�yoa� 0 °Ada OFFICIAL RECORD ATTEST:�nw� j3cG 00 a td tJ °° °°0 ,19 CITY SECRETARY �Q ° Ronald P.Gonzales,Acting City Secretary Q °O0000°°° b aan nnao�Ap FT.WORTH, TX City of Fort Worth Change Order Additions Project Name I Fossil Creek Boulevard Concrete Retorafin Project City Sec 4 55135 Client Project it 1 102881 Contractorl M0.1ahon ConVacting PM Salman Shahid Inspector Malthear Wilson Change Order Submittal Data 5125l2021 AUUI I IONS y Unit m os ata Unclassified xceva on 717=15cement200.0000000 6. ew CompactedFlax-base isSub-grade eel 6 ype detour pavtrg 000 0 .0 emova a temp C 00 a. Temporary Traffic SignalBeachan FossilCreekT.0 ,62.0 y, NEW 8' er einorce Pavement va out re bar 22,00. 00 00 b9. $, TPW $1,333,827.40 u ola Nons 1, Change Order Additions Page 2 of 5 FORT WORT11 City of Fort Worth Change Order Deletions Prated Name Fossil Creek Boulevard Concrete Restoration Project City Sec ft 55135 Gent Project# 102881 Contractor McMahon Contracting PM Salman Shahid Inspedor PAalihew Wilson Change Order Submittal# = Dale 512 512 0 2 1 DELETIONS HEM UEbURIP110-N y Una UnaCost o a Concrete TPW $1,040,820.00 u ota e e ons 1,040,820.00 Change Order Deletions Page 3 of 5 MISBE for this Change Order MISBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders Co# DATE AMOUNT Total $0.00 7/1/2021 KGnow CITY OF FORT WORTH CONTRACT COMPLIANCE MEMORANDUM CHANGE ORDER THIS FORM MUST BE ATTACHED TO THE ROUTING "M & C" BEFORE LAW DEPARTMENT AND CITY MANAGER APPROVAL To: Department Project Manager From: Business Equity Division Date: July 1 , 2021 In the Amount of: $293,007.40 TPW-102881 DOE/Project No. Project/Bid: Change Order - 2021 Fossil Creek Boulevard Concrete Restoration Project 1. Compliance with the City's Business Diversity Enterprise (BDE) Ordinance has been achieved by the following method: McMahon Contracting is in compliance with the City's BDE Ordinance by committing to 6% MBE participation on this project. https://fortworth.diversitycompliance.com/FrontPagelDiversityMaln.asp?XID=l065 1l1 Official site of the City of For Wor ,l ems, Fo RT ] C Xu 17 COUNCIL AGENDA DATE: 8/3/2021 REFERENCE**M&C 21- LOG 202021 FOSSIL CREEK BLVD CONCRETE NO.: 0523 NAME: RESTORATION CHANGE ORDER 2 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 4)Authorize Execution of Change Order No. 2 in the Amount of$293,007.40 to the City Secretary Contract No. 55135 with McMahon Contracting L.P. for 2021 Fossil Creek Boulevard Concrete Restoration for a Revised Contract Amount of$3,679,022.92 RECOMMENDATION: It is recommended that the City Council authorize execution of Change Order No. 2, in the amount of $293,007.40. to City Secretary Contract No. 55135 with McMahon Contracting L.P., thereby increasing the contract amount to $3,679,022.92 (City Project No. 102881). DISCUSSION: On December 15, 2020, by Mayor& Council Communication (M&C) 20-0943, the City Council authorized execution of a contract with McMahon Contracting L.P., in the amount of$3,303,014.12, for the 2021 Fossil Creek Concrete Restoration project. This project provides for the repair and reconstruction of failed concrete pavement on Fossil Creek Boulevard from North Freeway ramp to west of North Riverside Drive and east of North Riverside Drive to North Beach Street (City Project No. 102881). Change Order No. 1 was executed administratively on April 05, 2021 (See additional information in the table below). This change order No. 2 is to add an additional $293,007.40 to the contract for a revised contract amount of$3,679,022.92. Change Order 2 provides for an innovative use of fiber-reinforced concrete in lieu of reinforced concrete at an additional cost of approximately$267,000.00 on the eastbound lanes of Fossil Creek Boulevard to extend the life of the concrete pavement, reduce severe cracking, and prevent the proliferation of potholes. This change order also includes items related to address traffic flow and maintenance of the businesses, residents, and traveling public using the Fossil Creek corridor. Contract# Contract ] Amount M&C No. F Description CS-55135 Initial �3,303,014.12IM&C 20-0943 Contract CS-55135- Change Administrative CO to perform full reconstruction C01 Order No. 1 $83,001.40' for the entire length of the project Chan e CO to use fiber reinforced Pending Order No. 2 $293,007.40 Pending concrete to extend life of concrete pavement Total Contract Amount ($3,679,022.92I Business Equity- McMahon Contracting is in compliance with the City's BDE Ordinance by committing to 6\% MBE participation on this project. This project is located in COUNCIL DISTRICT 4 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget,as previously appropriated, in the General Capital Projects Fund for the 2021 Concrete Restoration project to support the approval of the above recommendation and execution of the change order. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Dana Burghdoff(8018) Originating Department Head: William Johnson (7801) Additional Information Contact: Jeffrey Perrigo (8117) ATTACHMENTS MAP-2021 CONCRETE RESTORATION CONTRACT 1 (1).PDF I FORTWORTH Routing and Transmittal Slip Transportation and Public Works Department DOCUMENT TITLE: Change Order# 3 - Fossil Creek Boulevard Concrete Restoration MSC CPN 102881 CSO # 55135 DOC# DATE: 2/23/2022 Gracie Zavala INITIALS DATE OUT Feb 25,2022 TO: McMahon Contracting P Feb 25 2022 1. P 2.Matthew Wilson (Inspector) ,W Feb 24, 2022 3.Tariqul Islam (PM) Feb 23, 2022 4. Riad Nusrallah (PGM) ,NW Feb 28, 2022 5 Lane Zarate (SCPO) Z Feb 28, 2022 6. Lauren Prieur (AD) t-P Feb 28, 2022 7. William Johnson (Director) Mar 1, 2022 8 Doug Black (ACA) WWb Mar 3, 2022 9 Dana Burghdoff (ACM) LL Mar 3, 2022 DB 1o, Jannette Goodall (CS) Mar 4 2022 DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑Yes❑✓ No RUSH: ❑Yes❑✓ No SAME DAY: ❑Yes❑✓ No NEXT DAY: []Yes❑✓ No ROUTING TO CSO: OYes [—]No Action Required: ❑ As Requested ❑ Attach Signature, Initial and Notary Tabs ❑ For Your Information M Signature/Routing and or Recording ❑ Comment ❑ File Return to: Please call at ext. for pick up when completed. Thank you. CSC No.55135-CO3 FORT WORTH,., City of Fort Worth J Change Order Request Project Name I Fossil Creek Boulevard Concrete Restoration Project City Sec# 55135 Client Project#(s) 102881 Project Description The repair and reconstruction of failed concrete pavement on Fossil Creek Boulevard from North Freeway ramp to West of North Riverside Drive and east of North Riverside Drive to North Beach Street Contractor McMahon Contracting Change Order# 3 Date 2/23/2022 City Project Mgr. Selman Shahid/Tadqul Islam City Inspector Matthew Wilson Contract Time Dept. TPW Totals (CD) Original Contract Amount $3,303,014.12 $3,303,014.12 230 Extras to Date $376,008.80 $376,008.80 30 Credits to Date Pending Change Orders(n M&C Process) Contract Cost to Date $3,679,022.92 $3,679,022.92 260 Go to ADD&DEL Tabs to Enter CO Backup $0.00 35 Revised Contract Amount $3,679,022.92 $3,679,022.92 295 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO $0.00 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 11.38% MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST+25%) $4.128.767.65 JUSTIFICATION(REASONS)FOR CHANGE ORDER This change order is to add 35 calendar days to the construction contract 55135. Due to change in procedure from steel reinforced concrete to fiber reinforced concrete(10 days for administrative delay),delay in supply of fiber from supplier(20 days when fiber reinforced concrete was unavllable)and delay in installing pavement markingfjoinl sealant in cold weather(5 days above the normal weather days)it is recommended to add aditional 35 days to the contract.The documentation to support these delays have been documented and staff recommend adding these days to the contract.. It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money)for all costs arising out of,or incidental to,the above Change Order. The Project/Program Manager signing below acknowledges that he/she is the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. Contractor's Company Name Contractor(Name) Contract Signature Date McMahon Contracting James Proulx S°"9t °"r' Feb 25,2022 Inspector/Inspection Supervisor Date Project and Contract Compliance Manager Date 4'4�9 Feb 24,2022 `s= �s� Feb 23,2022 Program Manager Date Senior Capital Project Officer Date 4'1/11vk(LYO- Feb 28,2022 Feb 28,2022 Assistant Director(Dept) Date Director,Contracting Department(Dept) Date Gstii✓en°near Feb 28,2022 W7/.:KzL— Mar 1,2022 Assistant City Attorney Date Assistant City Manager Date Mar3,2022 ws, xm �n Mar3,2022 Council Action(it required) M&C Number M&C Date Approved ATTEST:l..l�i� � lddBG2=CaG�l' J,,a�fiette S.Goodall(Mar4,202207: ST) Jannette Goodall,City Secretary FORT WORTH City of Fort Worth -- Change Order Additions Project Name Fossil Creek Boulevard Concrete Restoration Project City Sec# 55135 Client Project# 102881 Contractor McMahon Contracting PM Selman ShahidlTariqul Islam Inspector Matthew Wilson Change Order Submittal# F-3 Date 21232022 ADDITIONS I I I t:M DESCRIPTION DEPT Oty Unit Unit Cost Total TPW $0.00 Sub Total Additions $0.00 Change Order Additions Page 2 of 4 Forster WORTH City of Fort Worth Change Order Deletions Project Name Fossil Creek Boulevard Concrete Restoration Project City Sec# 55135 Client Project# 102881 Contractor McMahon Contracting PM Selman Shahid/Tadqul Islam Inspector Matthew Wilson Change Order Submittal# Dale 2/2312022 DELETIONS ITEM DESCRIPT15T- DEPT Qty Unit Unit Cost Total TPW $0.00 Sub Total Deletions 0.00 Change Order Deletions Page 3 of 4 M/SBE for this Change Order M/SBE Sub Type of Service Amount for this CO Total $0.00 Previous Change Orders co# DATE AMOUNT Total $0.00 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS March 25, 2022 McMahon Contracting 3019 Roy Orr Blvd Grand Prairie,TX 75050 RE: Acceptance Letter Project Name: 2021 Fossil Creek Blvd. Concrete Restoration Project Type: Paving City Project No.: 102881 To Whom It May Concern: On February 1, 2022 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on March 24, 2022. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on March 24, 2022, which is the date of the punch list completion and will extend of two (2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-2486. Sincerely, c TraiquI Islam(Mar 31,2022 15:27 CDT) Tariqul Islam, Project Manager Cc: Matthew Wilson, Inspector Billy Owen, Inspection Supervisor Edwin R. Rodriguez, Sr., Senior Inspector Omar Elbagalati, P.E., Program Manager City of Fort Worth, Consultant McMahon Contracting, Contractor City of Fort Worth, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 AFFIDAVIT STATE OF COUNTY OF Pkjjo�. Before me,the undersigned authority, a notary public in:the state and county aforesaid,on this day personally appeared �JWtS T(MJ*t tb . (1/ ief. -known to me to be a credible person,who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; C f AJ" 1 0a S8 1- On Contract described as;rC55,-1 CrM�_- ?JvW Cooc4-g1G ee3I6mA_0n R63e4� Contract Description yeon Name or itle Subscribed and sworn befohis date Day of Month, Year. 1 ARY A�je SHELLEY NlCMAHON fy o` � Notary Public f� �l/i! * * State of Texas Notary Pu � '`L �i :" ID'�1�99Q6663 bl z� ° o�� nny Comsn.Expires 08-0a-2D22 County, State CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 9346298 PROJECT: (name, addresS)2021 Fossil Creek Boulevard Concrete Restoration TO (Owner) Fort Worth, TX, ARCHITECT'S PROJECT NO: city Project No. 102881 CONTRACT FOR; CITY OF FORT WORTH 2O21 Fossil Creek Boulevard Concrete Restoration Project 1000 Throckmorfon Street Fort Worth,TX,76102 �.I CONTRACT DATE:12/15/2020 CONTRACTOR: MCMAHON CONTRACTING, LP In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here insert name and address of Surety Company) COLONIAL AMERICAN CASUALTY AND FIDELITY AND DEPOSIT COMPANY OF SURETY COMPANY MARYLAND 1299 Zurich Way 1299 Zurich Way Schaumburg, IL 60196 Schaumburg IL 60196-1056 , SURETY COMPANY on bond of (here insert name and address of Contractor) MCMAHON CONTRACTING, LP 3019 Roy Orr Blvd. , CONTRACTOR, Grand Prairie,TX, 75050 hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) CITY OF FORT WORTH OWNER, 1000 Throckmorton Street Fort Worth, TX, 76102 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 24th day of February, 2022 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety Company Attest; c �'�Ik�s�[!17l,t Ns '146 �" (Seal); Signature of Authorized Representative Robbi Mor Iles. Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT 0706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER Of ATTORNEY KNOW ALI,MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the Slate of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the Slate of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert 1).hurray,Vice President, in pursuance of authority granted by Arlie}e V.Section 8,of the By-Latins of said Companies,which are set faith(Nn the reverse side hereof and ate hereby certified to be in full force and effect on the date Hereof,do hereby nominate,constitute, and appoint Ricardo.I. REVNA,Tina illCEll'AN,Don E.CORNELL,Joshua SAUNDERS,Robbi MORALES,Sophistic HUNTER, Kell)'A. WESTBROOK,Tonie PETRANEK, Miliaela PEPPERS of Dallas,Texas, EACH, its true and lawful agent and Attorney-in- Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and tlle execution of such bonds or undertakings in pursuance of these presents,shall he as binding upon said Companies,as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of (lie COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does lncreby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of(lie said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COtlIPANY OF MARYLAND,this 11th day of May,A,D,2021. 4 a r ATTEST: ZURICH AMERICAN INSURANCE COMPANI' COLONIAL AMERICAN CASUALTY AND SURETY CONIPAN1' FI❑EL[TY AND DEPOSIT COMPANY OF MARYLAND By: Robert D, Xhrrra'v Vice President r By: Dawn E, Brown Seerelaq State ofi lary=land County of Baltimore On(his 1 Ith day of May, A.D. 2021, before the subscriber,a Notan'Public ofthe State of Maryland,drily commissioned and gttafitied, Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution ot'sante,and being by me duly sworn,deposetli and saith,that he/she is the said officer of the Company aforesaid,and that(lie seals affixed to([to preceding instrument are(lie Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer-were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Scal the day and year first above written. y5•h111111,, Constance A.Dunn,Notary Public My Commission Expires:July 9,2023 111411115 Authenticity of this bond can be couru-nied at bottdvalidator.zuriehna.cotn or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorne ss�ct. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE: I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section S,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICII AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED; "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed.by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under raid by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors'of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the'l Oth day of May, 1990. RESOLVED. "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any po%ver of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed, IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 24th day of February 2022 v aero�f 4w� # By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reportsfclaims(aZztrrichna,cottt 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zur-icltna.com or 410-559-8790